Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2009 FBO #2783
SOLICITATION NOTICE

99 -- Real-Time Meta Data Encoding (Supporting VOD Functions of the Pentagon Cable Information Network)

Notice Date
7/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-09-T-0085
 
Response Due
7/16/2009
 
Archive Date
9/14/2009
 
Point of Contact
Regina Y. Foston, 703-428-0425<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(fostonr@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Real-Time Meta Data IPG and VOD Functions of the Pentagon Cable Information Network Request-for-Quotation (RFQ): W91WAW-09-T-0085 (1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (2)The solicitation document is issued as a Request-for-Quotation (RFQ). Submit written quotations on RFQ number W91WAW-09-T-0085. (3)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. (4)The North American Industry Classification System (NAICS) code is 541512 and the size standard is $25 million. The acquisition is Unrestricted (Full-and-Open Competition). The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (5)This combined synopis/solicitation is for purchase of the following commercial services: a.Procure an annual service contract for the provisioning of real-time meta data encoding (compatible with existing digital head-end, plant and distribution hardware) which supports the IPG and VOD functions of the Pentagon Cable Information Network. b.Service provides formatted ASCII data containing meta data and lineup-specific television programming schedule information (Schedules) in the typical TMS digital set-top box data formats used in Licensees Aptiv-based interactive program guide. Contractors shall provide the unit price for the requirements listed below: ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT BASE YEAR 0001Zap2it Direct 12 Month0.00 0.00 0002TV Schedules (Video-on-Demand) 12 Month0.00 0.00 0003TV Schedules Systems Fee 12 Month0.00 0.00 OPTION YEAR ONE (1) 1001Zap2it Direct 12 Month0.00 0.00 1002TV Schedules (Video-on-Demand) 12 Month0.00 0.00 1003 TV Schedules Systems Fee 12 Month0.00 0.00 OPTION YEAR TWO (2) 2001Zap2it Direct 12 Month0.00 0.00 2002TV Schedules (Video-on-Demand) 12 Month0.00 0.00 2003 TV Schedules Systems Fee 12 Month0.00 0.00 OPTION YEAR THREE (3) 3001Zap2it Direct 12 Month0.00 0.00 3002TV Schedules (Video-on-Demand) 12 Month0.00 0.00 3003 TV Schedules Systems Fee 12 Month0.00 0.00 OPTION YEAR FOUR (4) 4001Zap2it Direct 12 Month0.00 0.00 4002TV Schedules (Video-on-Demand) 12 Month0.00 0.00 4003 TV Schedules Systems Fee 12 Month0.00 0.00 (6) Statement of Work (SOW) BACKGROUND The U.S. Army Information Technology Agency (ITA) requests the purchase of an annual meta data subscription in support of operations for the Pentagon Cable Information Networks (PCIN) Interactive Program Guide (IPG). The IPG is used by PCIN customers in OSD, JCS, and Secretaries of the Air Force, Army, Navy, and Marine Corps as well as other special interest communities such as Intelligence and Public Affairs agencies which utilize the Pentagon Cable Information Network. OBJECTIVE The object of this requirement is to procure an annual service contract for the provisioning of real-time meta data encoding (compatible with existing digital head-end, plant, and distribution hardware) which supports the IPG and VOD functions of the Pentagon Cable Information Network. SCOPE The end deliverable shall be a directory of pipe-delimited formatted ASCII data files which creates, aggregates, and distributes licensed (meta data which contains system/lineup-specific television programming schedule information) on news and information content for use in the operation of an Interactive Program Guide (IPG). Data stream provides the IPG with the ability to populate an onscreen menu with TV scheduling information; while the real-time encoding facilitates the successful archival and recovery of stored video streams of generation of a recall command menu for all channels that are currently carried on the PCIN video on demand system. SPECIFICATIONS (REQUIRED CAPABILITIES): - Compatible with Sea Change International On Demand Media Content Review System (Video On Demand/VOD) -Compatible with Passport DCT and Passport Echo software platform from Aptiv Digital, Incorporated currently in use in the Pentagon Cable Information Network head-end facility -Compatible with Motorola Digital Communications Terminal (DCT 700/2000/3200/6400 series set top boxes) -Compatible with Motorola Digial Access Controller (DAC 6000) -Content shall be deliverable via File Transfer Protocol (FTP) through internet connectivity -Content shall be available to the PCIN VOD system 24 hours a day, 7 days per week -Content distribution rights are approved and delivered by the contractor for the National Capital Region -Latest commercially available software release compatible with existing head-end, plant, and distribution systems. DELIVERIES OR PERFORMANCE The Period of Performance (POP) is as follows: Base Year: Twelve (12) months after the effective date of award with four (4) option years. (7)FAR 52.212-1Instructions to OfferorsCommericial Items, applies to this acquisition. (8)FAR 52.212-2EvaluationCommercial Items, applies to this acquisition (9)Basis of Award: The following factors shall be used to evaluate offers: 1.Factor 1: Technical Capabilities The Government will evaluate the offerors ability to provide the resources and comply with the requirements as outlined in the Statement of Work (SOW). 2.Factor 2: Price The Government will evaluate the offerors price to determine that prices are fair and reasonable. Price will be evaluated for completeness and reasonableness using the techniques in FAR 15.404-1(b)(2). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). No adjectival ratings will be used to evaluate price. Factor 1 will be rated using the following Adjectival Scale: AcceptableYellowA proposal that satisfies all of the Governments requirements with minimal detail to indicate feasibility of the approach and shows a minimal understanding of the problems, with an overall moderate to high degree of risk in meeting the Governments requirements. UnacceptableRedA proposal that contains a major error(s), omission(s) or deficiency(ies) that indicates a lack of understanding of the problems or an approach that cannot be expected to meet requirements or involves a very high risk; and none of these conditions can be corrected without a major rewrite or revision of the proposal. (10) FAR 52.212-3, Offeror Representations and CertificationsCommercial Items (incorporated by reference), applies to this acquisition. Therefore, offerors must submit a completed copy of their representation and certification information with this quotation. (11) FAR 52.212-4, Contract Terms and ConditionsCommercial Items (incorporated by reference), applies to this acquisition. (12) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (incorporated by full-text), applies to this acquisition. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2009) _x__ (18) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _x__ (20) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _x__ (21) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). _x__ (23) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). _x__ (25) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). _x__ (38) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause (i) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (ii) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) (13) The Government intends to award a Firm-Fixed-Price (FFP) contract resulting from this combined synopsis/solicitation. (14) Questions are due no later than 14 July 2009, 1:00 PM E.S.T. Contractors must submit questions to Ms. Regina Foston, Contract Specialist, via electronic-mail: FostonR@conus.army.mil. Telephone inquiries will not be accepted. The combined synopsis/solicitation closing date and time are as follows: 16 July 2009; 1:00 PM E.S.T. Quotes shall be submitted to Ms. Regina Foston at FostonR@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-0085/listing.html)
 
Record
SN01868154-W 20090710/090708235246-3680940fe782677778448d2585535ce5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.